Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

R -- Service requirments for the GIS Analysis, Assessment and Policy Support for the RAD and RID, Beltsville, Maryland - Standard Form 1449

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch
 
ZIP Code
00000
 
Solicitation Number
121A2318Q0006
 
Archive Date
3/29/2018
 
Point of Contact
Danny Mandell, Phone: 254-742-9923
 
E-Mail Address
danny.mandell@wdc.usda.gov
(danny.mandell@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FINAL SOLICITATION TERMS AND CONDITIONS, CLAUSES, PROVISIONS, INSTRUCTIONS, AND EVALUATION FACTORS Technical Exhibit 13 CEAP Background Technical Exhibit 13 RCA Legislative Requirement and Background Technical Exhibit 11 USDA Quality of Information Activities Technical Exhibit 10 Example Monthly Invoice Technical Exhibit 9 Geospatial Dataset File Naming Technical Exhibit 8 Personnel Security Bulletin Technical Exhibit 7 RAD and RID Sample Analysis Projects Technical Exhibit 6 Computer System Access Control Process Technical Exhibit 5 Hardware, Software, and Operating Equipment Technical Exhibit 4 RAD Organizational Chart Technical Exhibit 3 Ethical Requirements Technical Exhibit 2 NRI Confidentiality Agreement Technical Exhibit 1 Natural Resources Inventory (NRI) Overview SCLS Wage Determination County of Prince George's, Town of Beltsville, State of Maryland Attachment 3 RAD Quality Assurance Surveillance Plan (QASP) Attachment 2 Proposal Preparation and Instructions Attachment 1 Statement of Work (SOW) Standard Form 1449 GIS Analysis, Assessment and Policy Support for the RAD and RID, Beltsville, MD SOLICITATION NOTICE FOR REQUEST FOR QUOTATION (RFQ): FIRM-FIXED PRICE PROFESSIONAL SERVICE SYNOPSIS/BACKGROUND. The United States Department of Agriculture Natural Resource Conservation Services (NRCS) Contract Service Branch (CSB) is issuing this solicitation notice for the following requirement: GIS Analysis, Assessment and Policy Support for the RAD and RID, Beltsville, MD This procurement is a Total Small Business Set-Aside and will be released under Solicitation Number A121A2318Q0006. The Small Business size standard is based on the North American Industry Classification System (NAICS) code 541370 Surveying and Mapping (except Geophysical) Services with a size standard of $14.0 million average annual income. PROJECT DESCRIPTION. The work to be performed under this solicitation is focused on the data development, integration, analysis, delivery, and presentation needs of the Resource Assessment Division (RAD) and the Resource Inventory Division (RID) in order to support national policy development for NRCS and USDA. WORK TO BE PERFORMED BY CONTRACTOR. The contractor shall provide labor and services necessary to perform the four major tasks required by RAD and RID and their support for other work throughout the agency. 1) Relational database design, development, integration, and analysis, 2) Data assessment and data missing, 3) Geospatial data acquisition, development, integration, analysis visualization, and display, 4) Research, development and editorial review of content for technical and non-technical reports, technical reports, technical posters, presentations and web content development. The contractor work responsibilities shall include all administrative services and supervision of contract staff to execute the contract. The Contractor shall conduct work in accordance with the attached Statement of Work (SOW) (See Attachment 1 - SOW), all applicable Natural Resources Conservation Service (NRCS) directives, technical guidelines, specifications, and protocols. PRICE AND PERIOD OF PERFORMANCE. This services are being sought for an Indefinite Delivery Indefinite quality (IDIQ) contract for a period of five (5) years which will be awarded for a base period of 12 months, (Period of Performance from date of award to a period of 12 months) to include four (4) 12-month option periods. The period of performance can only be extended if the option to extend the term of the contract is exercised by the Government in accordance with the option clauses contained in the contract. The ceiling price for the base and option periods are established on the lump sum price quoted for the base and option periods. INSTRUCTIONS FOR PREPARATION OF PROPOSALS. Proposals for the work described herein shall be submitted on company letterhead, signed and dated. Contractors shall prepare their proposal in accordance with Attachment 2 Instructions for Preparation of Proposals. EVALUATION FACTORS FOR AWARD. See page 42. Section M - Evaluation Factors for Award. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 8.1.1 General Instructions 8.1.1.1 Proposal must be prepared in two parts: Part I: Pricing Proposal, and Part II: Technical Proposal. Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other. The technical proposal must not contain any reference to cost or price. 8.1.1.2 Proposal should be precise, factual and responsive and must include, but is not limited to, the information listed below. Proposal content shall be organized in two separate parts and be submitted in the order indicated as follows: 8.1.2 PART I Pricing Proposal 8.1.2.1 Pricing information and related data shall be submitted as Part I of the offeror's proposal. Price proposals for the base year and four (4) option years must contain it is entirely a summary and detailed cost proposals for each year. 8.1.2.2 Prices shall be based on estimated quantities specified in the solicitation. 8.1.3 PART II Technical Proposal Response to the following technical statements will form the basis of a proposal's technical merit. Offerors are cautioned to address all requested information as completely and accurately as possible. 8.1.3.1 Project Management Capability 8.1.3.1.1 Statement of technical approach to project management that would assure timely completion of all work by or before the required delivery schedule. Statement should include detailed description of planned management approach and staffing levels to be used in performance of the work. 8.1.3.1.2 If subcontractors will be used, the offerors will provide a plan for managing subcontractors that includes a list of proposed subcontractors, what work they will perform and how their performance will be managed and monitored. 8.1.3.1.3 Scheduling and management of staff at multiple locations with multiple work shifts. 8.1.3.2 Quality Control Program Provide a detailed statement on contractor quality control plan that will ensure all contract work products are in compliance with contract specifications. See Section 6.2, Tasks, and Performance Standards, for task performance standards. 8.1.3.3 Past Performance History 8.1.3.3.1 Past performance will be evaluated based on relevant performance history contained in Federal Government contract records. Offeror's past performance will be evaluated according to the following criteria and may include other relevant factors: 8.1.3.3.1.1 Contract performance record; 8.1.3.3.1.2 Project completion record; 8.1.3.3.1.3 Delivery schedule compliance record. 8.1.3.3.2 If no previous contracts have been held by the offeror with the Federal Government, list two (2) references with which the offeror has held similar contracts. List past performance references in Part II, Technical Proposal. 8.1.3.3.3 If an offeror does not have, or have available, a past performance history, the offeror's proposal will not be evaluated favorably or unfavorably based on past performance. 8.1.3.3.4 Past history of managing, processing, and handling confidential materials. 8.1.3.4 Personnel Qualifications List all professional and technical personnel intended to perform on this contract in Part II, Technical Proposal. The recommended list includes Project Manager and key personnel who can satisfy the skill sets listed under the task section in 6.2. Brief resumes may be provided on separate papers for the personnel listed, stating name, title, education, past experience (including familiarity with hardware, data and software to be used in this project), and years of experience. Technical and past performance, when combined, are significantly more important than cost or price when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. In addition to the Technical and Pricing proposals, offerors shall also complete and submit the Representation, Certifications, and Other Statements of Bidders in Section K of the solicitation package. SUBMISSION/RESPONSES TO SOLICIATION. Interested firms which meet the requirements described in the announcement are invited to submit their proposals to the Contracting Officer listed below not later than March 14, 2018, at 2:00 pm (CST). Proposals should be addressed to the following: USDA NRCS Texas State Office Attn: Danny Mandell. Contracting Officer Team 1, Contract Service Branch, Northeast Region 101 South Main Street, Suite 200 Temple, Texas 76501 Submission by e-mail will be accepted. Interested firms may send their proposal via email to danny.mandell@wdc.usda.gov at the date and time indicated above. Potential Offerors are advised that they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Offerors responsibility to view the FedBizOpps website daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION. All prospective contractors must register in the System for Award Management (SAM) registration database at www.sam.gov to be considered for an award of a federal contract. QUESTIONS OR CLARIFICATIONS. All questions or requests for clarifications of the terms, conditions, and requirements of this Indefinite Delivery Indefinite quality (IDIQ) requirement for professional services shall be submitted to Danny Mandell at danny.mandell@wdc.usda.gov. Please direct all questions via email only, no later than 2:00 pm (CDT), March 9, 2018. Questions received after this date and time will not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b379e84cae9a7bf6607bf591eb486922)
 
Place of Performance
Address: RAD GIS Lab, Beltsville, Maryland, United States
 
Record
SN04820248-W 20180214/180212231651-b379e84cae9a7bf6607bf591eb486922 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.